23
A1-1 Tighe&Bond Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant Addendum No. 1 to the Bidding Documents WPCP Phosphorus Upgrade Project Town of Southington, Connecticut Southington Water Pollution Control Plant Issued August 29, 2018 Under the provisions of Article 7 of Section 00200, Instructions to Bidders, Bidders are informed that the Bidding Documents for the above mentioned Project are modified, corrected, and/or supplemented as follows. Addendum No. 1 becomes part of the Bidding Documents and Contract Documents. Acknowledge receipt of this addendum by inserting its number on Page 00410-4, Article 5.2 of the Bid form. Failure to acknowledge receipt of the Addendum may subject the Bidder to disqualification. Project Manual Changes / Clarifications Item 1-1 Section 00100 – Advertisement for Bids In the first paragraph, delete the words, “September 6, 2018” and replace them with the words, “September 27, 2018”. Clarification: The bid opening is delayed by three weeks. Bids will be opened at 2:00 p.m. on Thursday, September 27, 2018. Item 1-2 Section 00410 – Form for General Bid Delete Section 00410 in its entirety and replace it with the attached Section 00410. The following modifications have been made: Increased the days the bid will remain subject to acceptance from 30 days to 120 days in Paragraph 2.1. Corrected Bid Item 6 cost so that numerical and written values match. Listed three additional attachments in Article 7 to be provided with the Bid. Clarification: Bid Item 11 (Contaminated Soil Excavation and Disposal) is only for excavation and off-site disposal at a TSCA approved disposal facility of contaminated soils (soils with PCB concentrations of ≥1 ppm). Handling of polluted soils (soils with PCB concentrations of <1 ppm), including excavation, on-site stockpiling, and reuse on-site as backfill material, shall be included in the lump sum total of Bid Item 1. Polluted soils that are not used as backfill material shall remain in on-site stockpiles at the completion of the project in the locations shown on Drawing C-017.

Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-1

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Addendum No. 1 to the Bidding Documents

WPCP Phosphorus Upgrade Project Town of Southington, Connecticut

Southington Water Pollution Control Plant

Issued August 29, 2018

Under the provisions of Article 7 of Section 00200, Instructions to Bidders, Bidders are informed that the Bidding Documents for the above mentioned Project are modified, corrected, and/or supplemented as follows. Addendum No. 1 becomes part of the Bidding Documents and Contract Documents.

Acknowledge receipt of this addendum by inserting its number on Page 00410-4, Article 5.2 of the Bid form. Failure to acknowledge receipt of the Addendum may subject the Bidder to disqualification.

Project Manual Changes / Clarifications

Item 1-1 Section 00100 – Advertisement for Bids

In the first paragraph, delete the words, “September 6, 2018” and replace them with the words, “September 27, 2018”.

Clarification: The bid opening is delayed by three weeks. Bids will be opened at 2:00 p.m. on Thursday, September 27, 2018.

Item 1-2 Section 00410 – Form for General Bid

Delete Section 00410 in its entirety and replace it with the attached Section 00410. The following modifications have been made:

• Increased the days the bid will remain subject to acceptance from 30 days to 120 days in Paragraph 2.1.

• Corrected Bid Item 6 cost so that numerical and written values match.

• Listed three additional attachments in Article 7 to be provided with the Bid.

Clarification: Bid Item 11 (Contaminated Soil Excavation and Disposal) is only for excavation and off-site disposal at a TSCA approved disposal facility of contaminated soils (soils with PCB concentrations of ≥1 ppm). Handling of polluted soils (soils with PCB concentrations of <1 ppm), including excavation, on-site stockpiling, and reuse on-site as backfill material, shall be included in the lump sum total of Bid Item 1. Polluted soils that are not used as backfill material shall remain in on-site stockpiles at the completion of the project in the locations shown on Drawing C-017.

Page 2: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-2

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Item 1-3 Section 00800 – Supplementary Conditions

Clarification: The drawings and documents identified as available for viewing at the Owner’s office or the Engineer’s office in Paragraphs 5.03D.1, 5.03D.2, 5.03E.1, 5.03E.2, 5.03E.3, 5.03E.4, 5.03E.5, 5.03E.6, 5.03E.7, 5.03E.8, 5.03E.9, 5.03E.10, 5.03E.11, 5.03E.12, 5.06A.3.b, and 5.06A.3.c are provided for download for the Contractor’s information at the following location: https://drive.google.com/open?id=1ztX1fZKOCIgmGvzEQivuWxtQXvv8iTgy Such drawings and documents are not part of the Contract.

Item 1-4 Section 01110 – Summary of Work

Clarification: The Contractor is responsible for coordinating and obtaining local building permits from the Town of Southington. The Town of Southington will waive local building permit fees. However, the Contractor shall pay the State of Connecticut building permit fee (Code Training and Education Fees Assessed on Municipal Building Permits). The current rate of assessment for the State of Connecticut building permit fee is 26 cents per $1,000 of construction value.

Item 1-5 Section 01230 – Alternates

Add the words “access stairs,” after the words “FRP vent chamber covers,” in paragraph 1.4A.1.

Add the words “demolition of the twelve existing weirs, including floor stands, stem extensions, wall brackets, and stem guides, and” after the words “incidentals required for” in paragraph 1.4E.1.

Add the following to Paragraph 1.4D.1 for Bid Alternate No. 4: “Bid Alternate No. 4 shall include cold planing (milling) of existing pavement in accordance with Section 02720 in all areas to receive full-width pavement overlay.”

Delete the words “battery operated emergency lighting and” after the words “Alternate No. 6 includes providing” in paragraph 1.4F.1.

Item 1-6 Section 02501 – Disinfection of Water Distribution Systems

Clarification: Proposed potable water piping shall be disinfected in accordance with Section 02501 and Southington Water Department Standards. In the case of conflict, Southington Water Department Standards shall take precedent.

Item 1-7 Section 02502 – Testing of Water Distribution Systems

Clarification: Proposed potable water piping shall be tested in accordance with Section 02502 and Southington Water Department Standards. In the case of conflict, Southington Water Department Standards shall take precedent.

Page 3: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-3

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Item 1-8 Section 05500 – Miscellaneous Metals

Add the following after paragraph 2.3L.6:

M. Repair Aluminum Abrasive Tread System

1. Furnish repair type abrasive treads for existing concrete stairs as indicated on the Drawings.

2. Nosing Components:

a. Homogeneous epoxy abrasive, with minimum 50 percent aluminum oxide content, formed and cured upon an extruded aluminum base.

b. Epoxy abrasive shall extend over and form curved front edge of nosing.

c. Base of Nosing: Extruded aluminum alloy, 6063-T5, heat-treated.

3. Anchoring System: Stainless steel countersunk anchors.

4. Size: Nosings shall be full length of stair treads less 1/8” clearance.

5. Color: Selected by the Engineer from manufacturer’s standard color range.

6. Manufacturers and Products:

a. Wooster Products, Inc., Wooster, OH; Stairmaster Type 500

b. American Safety Tread Co., Inc., Helena, AL; Type SG500R

c. Or approved equal

Item 1-9 Section 07700 – Roof Specialties and Accessories

Delete the words “250-lbf/sq. ft. external” and replace them with “40-lbf/sq. ft. external” in paragraph 2.5A.

Delete paragraph 2.5B in its entirety and replace it with the following:

B. Type: 30” x 36” Single-leaf personnel access (for Phosphorus Building) and 30” x 96” Service Stair Access Scuttle (for Sludge Building).

Item 1-10 Section 10440 – Signage

Delete paragraph 1.1A.1d and paragraph 2.6 in their entirety.

Page 4: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-4

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Item 1-11 Section 10800 – Toilet and Shower Accessories

Delete paragraph 3.3A in its entirety and replace it with the following:

A. The Toilet Accessories Schedule which follows the end of this section is hereby made a part of this section. The model numbers given are based on Bobrick Washroom Equipment Inc. Equivalent products by other manufacturers may be substituted subject to approval of submittals.

DESCRIPTION 18”x36” Mirror Bobrick #B-165 - 1836 Mounting: Centered above sink, at maximum 3’-4” A.F.F. to bottom of glass Quantity: 5 (1 Phosphorus Building, 4 Operations Building) Toilet Tissue Dispenser - Cabinet Type Bobrick #B-2888 Mounting: Centerline of spindle at 2’-0" above finished floor and maximum 9” from front edge of toilet to centerline of fixture Quantity: 5 (1 Phosphorus Building, 4 Operations Building) Horizontal Grab Bars Bobrick Series B-5806.99 w/safety grip finish Mounting: Side-mount, 42” long, 12” maximum off rear wall Rear-mount, 36” long, 6” maximum off side wall At toilets: 33" minimum and 36” maximum A.F.F. At Showers: 36" A.F.F. Quantity: 3 (1-36” Phosphorus Building, 2-36” Operations Building) 5 (1-42” Phosphorus Building, 4-42” Operations Building) Vertical Grab Bars Bobrick Series B-5806.99 w/safety grip finish Mounting: Side-mount, 18” long, 39”-41” off back wall to centerline At toilets: 39" – 41” A.F.F. to centerline of lower flange At Showers: 36" A.F.F. Quantity: 4 (1 Phosphorus Building, 3 Operations Building) Swing Up Grab Bar Bobrick Series B-4998 w/safety grip finish Mounting: Locate 1’-6” off centerline of toilet towards open side At toilets: 33" minimum and 36” maximum A.F.F. At Showers: Not Applicable Quantity: 3 (1 Phosphorus Building, 2 Operations Building) Liquid Soap Dispenser Bobrick B-4112 Mounting: Outlet at 3’-6" above finished floor Quantity: 5 (1 Phosphorus Building, 4 Operations Building) Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building)

Page 5: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-5

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Combination Towel Dispenser/Waste Receptacle Bobrick #B-3944 recessed Mounting: Top at 5’-4" above finished floor Quantity: 4 (1 Phosphorus Building, 3 Operations Building) Robe Hook Bobrick #B-76717 Single Robe Hook Mounting: On door maximum 4’-0” A.F.F. Quantity: 2 (1 Phosphorus Building, 1 Operations Building)

Item 1-12 Section 13281 – Asbestos Abatement

Clarification: Table 1 at the end of Section 13281 identifies samples collected by Tighe & Bond to determine the presence or absence of asbestos-containing materials in various materials on the project site. The Contractor shall refer to the Drawings to determine the scope of demolition work. The Contractor shall only be responsible for abatement of asbestos-containing materials impacted by the work of this project. Asbestos-containing materials which are not impacted by the work of this project may remain in place.

Item 1-13 Section 13283 – Lead Paint Management

Clarification: Paragraph 1.2.B.2 identifies painted components determined to be coated with lead paint. The Contractor shall refer to the Drawings to determine the scope of demolition work. The Contractor shall only be responsible for lead paint management for materials impacted by the work of this project. Materials determined to be coated with lead paint which are not impacted by the work of this project may remain in place.

Item 1-14 Section 13284 – Assumed PCB-Contaminated Building Materials Remediation

Clarification: The table at the end of Section 13284 identifies various building materials assumed to be PCB-contaminated. The Contractor shall refer to the Drawings to determine the scope of demolition work. The Contractor shall only be responsible for removal of materials assumed to be PCB-contaminated where impacted by the work of this project. Assumed PCB-contaminated building materials which are not impacted by the work of this project may remain in place.

Item 1-15 Section 13285 - Universal Waste Removal and Reclamation

Clarification: The table at the end of Section 13285 identifies various universal waste products on the project site. The Contractor shall refer to the Drawings to determine the scope of demolition work. The Contractor shall only be responsible for removal of universal waste products where impacted by the work of this project. Universal waste products which are not impacted by the work of this project may remain in place.

Page 6: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-6

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Drawing Changes / Clarifications

Item 1-16 Drawings C-024, Sheet 33 of 304 – Soil Excavation Profiles

Clarification: Excavation and backfill of unsuitable soils beneath the Phosphorus Building, as shown on Drawing C-024 and detailed in Notes 1 through 5, shall be included in the work of lump sum Bid Item 1.

Item 1-17 Drawing A-202, Sheet 61 of 304 – Roof Plan Primary Settling Tanks Gallery

Delete the “1 / S-610” drawing cross-reference for aluminum component guardrail around the outside wall of the primary settling tanks and replace with “15 / S-610”.

Item 1-18 Drawing A-801, Sheet 76 of 304 – Architectural Plan Sludge Building First Floor

Clarification: The two existing wall openings along the north wall to be infilled are in masonry walls. Refer to “Closure Detail for Existing Openings in Masonry Walls” on Drawing D-001 for masonry wall infill detail.

Delete the “1 / S-301” drawing cross-reference for demolishing stair nosings and providing new non-slip renovation treads. Replace it with “8 / S-004”.

Item 1-19 Drawing A-1001, Sheet 79 of 304 – Architectural Plan Operations Building First Floor

Delete the words “new 18”x30” tilted mirror” and replace them with the words “new 18”x36” tilted mirror” in Elevation 1.

Delete the words “new 18”x30” mirror” and replace them with the words “new 18”x36” mirror” in Elevation 2.

Item 1-20 Drawing A-1107, Sheet 91 of 304 – Room Finish Schedule

Delete Notes 2 and 3 in their entirety.

Item 1-21 Drawing S-301, Sheet 103 of 304 – Structural Plan Intermediate Settling Tanks

Clarification: Stair 302 is a new stair to be provided by the Contractor. Refer to Drawing D-303 for demolition of the existing stair.

Item 1-22 Drawing S-303, Sheet 105 of 304 – Structural Plan and Sections -Intermediate Pump Station

Clarification: Aluminum guardrail is required on the new wet well grating platform at El. 125.00, as shown in Section C and as shown in Section E. The guardrail on the west end of the platform shall be approximately 7’-3” long and the guardrail on the south end of the platform shall be approximately 5’-0” long.

Page 7: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-7

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Item 1-23 Drawing S-304, Sheet 106 of 304 – Dome Cover Plan and Section Trickling Filters

Clarification: Per Note 1, handrail is not shown for clarity. Handrails shall be continuous both sides of stairs. See Section H-H on Drawing S-610 for details.

Item 1-24 Drawing M-103, Sheet 131 of 304 – Mechanical Plan Influent Pump Station Basement

Clarification: The existing suction and discharge isolation valves on Influent Pumps P-4 and P-5 are generally operational. The Town cannot guarantee that these valves are fully leak free.

Delete the words “Condition Unknown” and replace them with the words “Condition: Operational (The Town cannot guarantee that this valve is fully leak free)” on the 24” Butterfly Valve callout.

Item 1-25 Drawing M-201, Sheet 133 of 304 – Mechanical Plan Primary Settling Tanks

Clarification: Odor control candy cane vents and inlet dampers are not shown for the Primary Scum Well and Splitter Box and are not required in these two locations.

Clarification: The 1½” CU spray water piping in Primary Settling Tank No. 1 and Primary Settling Tank No. 2 does not need to be insulated.

Item 1-26 Drawing M-301, Sheet 136 of 304 – Mechanical Plan Trickling Filters

Clarification: Drawing M-301 directs the Contractor to remove trickling filter center column and ship to equipment manufacturer (see Notes 2 and 4 on Drawing M-301). Bidders are directed to Specification Section 11339 – Trickling Filter Rehabilitation for additional information. The existing equipment manufacturer is Walker Process Corporation. The Contractor shall be responsible for all costs associated with trickling filter rehabilitation work, including shipping costs, equipment manufacturer rehabilitation costs, and equipment manufacturer’s field services.

Item 1-27 Drawing M-302, Sheet 137 of 304 – Mechanical Plan Intermediate Pump Station Bottom and Upper Floors

Clarification: In Section A-A, the “FRP Non-Slip Cover System with Access Hatches” shall be provided with the Base Bid and not with Bid Alternate No. 3.

Item 1-28 Drawing M-303, Sheet 138 of 304 - Mechanical Plan Intermediate Settling Tanks

Clarification: The 1½” CU EFW piping in Intermediate Settling Tank No. 1 and Intermediate Settling Tank No. 2 does not need to be insulated.

Page 8: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-8

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

Item 1-29 Drawing M-402, Sheet 141 of 304 - Mechanical Plan Nitrification Settling Tanks

Clarification: The 1½” CU EFW piping in Nitrification Settling Tank No. 1 and Nitrification Settling Tank No. 2 does not need to be insulated.

Item 1-30 Drawing M-403, Sheet 142 of 304 – Mechanical Plan Nitrification Gallery Basement

Clarification: The two new 6” check valves to be replaced downstream of the NWSL NSC pumps shall be connected to the 6” plug valve on the NWSL, NSC discharge piping (centerline EL. 130.50). The 8” NWSL (centerline EL. 117.25) between the two NWSL NSC pumps runs below the 6” NWSL, NSC pipe.

Item 1-31 Drawing H-001, Sheet 198 of 304 – HVAC Legend

Clarification: The “H” floor plan drawings and legend indicate which unit heaters are connected to the Building Management System (BMS) and which ones are not via two different thermostat symbols. Refer to drawing “H-001, HVAC Legend” for the definition of the thermostat symbols. Thermostat symbol “T” is a temperature sensor connected to the BMS and thermostat symbol “TH” is a local thermostat not connected to the BMS. These symbols are shown on the floor plans and indicate which unit heaters are connected to the BMS.

Bidding Period Questions & Responses

The following responses/clarifications are based on questions raised during the pre-bid meeting and during the bidding period. A list of attendees at the August 22, 2018 pre-bid meeting is attached.

1. Do sub-contractors need to be DAS Prequalified for contracts over $500,000? Yes, no company whose contract exceeds five hundred thousand dollars in value may perform work as a subcontractor on said projects, unless the company is prequalified with the Department of Administrative Services.

2. What is the contract duration? Refer to Section 00520, Article 3, Paragraph 3.2A.

3. What is the estimated construction cost? The estimated construction cost for Base Bid work is $45,400,000.

4. Did the Town get an extension to the Planning and Zoning Special Use Permit as it expires on August 18, 2018? The Town has reviewed the approval of the Planning and Zoning Special Use Permit. The project has been approved by CT DEEP and the Special Use Permit was filed by the Town within one year of the approval date. The Town does not intend to take any further action regarding the Planning and Zoning Special Use Permit for this project.

5. Is the 4” pipe shown in Section H on Drawing M-604 part of the 8” PHSL piping system? Can a plan view of the PHSL piping be provided? The 4” PHSL pipe shown in Section H on Drawing M-604 connects to the 8” PHSL pipe with wye fittings. Refer to Drawing M-601 for a plan view of this piping.

Page 9: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

A1-9

Tighe&Bond

Addendum No. 1 WPCP Phosphorus Upgrade Project Southington Water Pollution Control Plant

6. Drawing M-104: The Aerated Grit Chamber Blowers plan view shows 3 existing butterfly valves on the blower discharge piping. These existing valves are also shown on Drawing PI-102 outside the limits of the blower replacement work. Are these valves new and required? The 3 existing valves on the Aerated Grit Chamber Blower discharge piping are existing and shall remain and be re-used.

END OF ADDENDUM NO. 1

J:\S\S1928 Southington\09 - WPCP Improvements and Phosphorus Upgrade\BID\Addenda\Addendum 1\Addendum 1.doc

Page 10: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-1 Form for General Bid

SECTION 00410

FORM FOR GENERAL BID

PROJECT IDENTIFICATION:

Town of Southington, Connecticut

Water Pollution Control Facility

Phosphorus Removal Upgrade

TABLE OF ARTICLES

1. Bid Recipient

2. Bidder’s Acknowledgements

3. Bidder’s Representations

4. Bidder’s Certifications

5. Basis of Bid

6. Time of Completion

7. Attachments to This Bid

8. Bid Submittal

ARTICLE 1 - BID RECIPIENT

1.1 This Bid is submitted to:

Town of Southington Office of Town Manager

75 Main Street

Southington, CT 06489

1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 - BIDDER’S ACKNOWLEDGEMENTS

2.1 Bidder accepts all of the terms and conditions of the Advertisement for Bids and Instructions to Bidders, including without limitation, those dealing with the disposition of Bid deposit. The Bid will remain subject to acceptance for 120 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

ARTICLE 3 - BIDDER’S REPRESENTATIONS

3.1 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:

Page 11: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-2 Form for General Bid

A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents and hereby acknowledges the receipt of all Addenda.

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and has satisfied itself as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.

E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.

F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.

I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.

J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

K. Bidder is aware that the estimated quantities on the Bid Form are subject to Article 13.03 of the General Conditions (Section 00700).

Page 12: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-3 Form for General Bid

ARTICLE 4 - BIDDER’S CERTIFICATION

4.1 Bidder certifies that Bidder will comply with the CT DEEP Clean Water Fund Memorandum regarding Disadvantaged Business Enterprise (DBE) Subcontractor Participation on Clean Water Fund (CWF) Construction Projects. The Bidder, if this Bid is accepted, shall be required to obtain from each of its subcontractors a copy of the certification by said subcontractor. The executed MBE/WBE subcontracts and the Subcontractor Verification Form must be submitted to the Owner within fourteen (14) calendar days after the Bid opening.

4.2 Bidder certifies that, under penalty of perjury, Bidder is not presently debarred from doing public construction work in the State of Connecticut under the provisions of Section 31-53a of the Connecticut General Statutes or any other applicable debarment provisions of any other chapter of the General Statutes or any rule or regulation promulgated thereunder; and is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency.

4.3 Bidder hereby certifies under the penalties of perjury, to the best of Bidder’s knowledge and belief, that Bidder has filed all State tax returns and paid all State taxes required by law.

4.4 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation.

4.5 Bidder certifies that Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.

4.6 Bidder certifies that Bidder has not solicited or induced any individual or entity to refrain from bidding.

4.7 Bidder certifies that Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph:

A. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;

B. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of the Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

C. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

D. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

Page 13: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-4 Form for General Bid

ARTICLE 5 - BASIS OF BID

5.1 Bidder proposes to furnish all labor and materials required for construction of the WPCF Phosphorus Upgrade, Southington, CT in accordance with the accompanying Bidding Documents prepared by Tighe & Bond, Inc., for the Contract Price specified below, subject to additions and deductions according to the terms of the Bidding Documents.

5.2 This Bid includes Addenda numbered __________________________.

5.3 The proposed Contract Price for the base bid is the sum of Items 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, and 11 below:

Item 1 – Water Pollution Control Facility Improvements: The work of the Contractor, being all base bid Work other than that covered by Items 2, 3, 4, 5, 6, 7, 8, 9, 10, and 11.

dollars (Bid in words)

($ )

(figures)

Item Number

Item Name and Unit Bid Prices Written in Words and Figures

Estimated Quantity Total Amount of Item (in figures)

2 Ballasted Flocculation System including all ancillary equipment, spare parts, tools, and special services specified in Section 11369, furnished only (equipment installation included in Item 1), the price of:

One million two hundred nineteen thousand one hundred dollars ($1,219,100.00)

x 1 L.S. =

$1,219,100.00

3 Ballasted Flocculation System Validation Testing Services (see Section 11369), the price of:

Twenty thousand dollars ($20,000.00)

x 1 L.S. =

$20,000.00

4 Ballasted Flocculation System Extended Warrantee (see Section 11369), the price of:

Zero dollars ($0.00)

x 1 L.S. =

$0.00

5 Ballasted Flocculation System Seller’s Service Agreement (see Section 11369), the price of:

Thirty-eight thousand one hundred forty dollars ($38,140.00)

x 1 L.S. =

$38,140.00

Page 14: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-5 Form for General Bid

6 UV Disinfection System including all ancillary equipment, spare parts, tools, and special services specified in Section 11262, furnished only (equipment installation included in Item 1), the price of:

Five hundred sixty-eight thousand dollars ($568,000.00)

x 1 L.S. =

$568,000.00

7 UV Disinfection System Extended Warrantee (see Section 11262), the price of:

Zero dollars ($0.00)

x 1 L.S. =

$0.00

8 UV Disinfection System Seller’s Service Agreement (see Section 11262), the price of:

Eight thousand dollars

($8,000.00)

x 1 L.S. =

$8,000.00

9 Equipment and Electrical Spare Parts (see Sections 11010 and 16110), the price of:

($ ) x 1 L.S. = $_________________

10 Office Furniture (see Section 12510), the price of:

($ ) x 1 L.S. = $_________________

11 Contaminated Soil Excavation and Disposal (≥1 ppm PCBs at a TSCA Approved Disposal Facility), per ton, the price of:

($ ) X 3,360 Tons = $_________________

5.4 The proposed Contract Price (base bid, the sum of Items 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, and 11 above, excluding alternates) is:

____________________________________________________________________ dollars (words)

($ )

(figures)

Page 15: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-6 Form for General Bid

5.5 The proposed Contract Prices for the Alternate Work is provided below:

Alternate No. 1, Third Trickling Filter No. 1 Dome Cover Add $

dollars (words)

Alternate No. 2, West Sludge Storage Tank Upgrades Add $

dollars (words)

Alternate No. 3, Intermediate Tanks Odor Control Add $

dollars (words)

Alternate No. 4, Full-Width Pavement Overlay Add $

dollars (words)

Alternate No. 5, Nitrification Reactor Weir Gates Add $

dollars (words)

Alternate No. 6, Primary Gallery Lighting Replacement Add $

dollars (words)

Alternate No. 7, Intermediate Settling Tank and Nitrification Settling Tank Mechanisms Replacement Add $

dollars (words)

Alternate No. 8, Operations Building Roof Replacement Add $

dollars (words)

ARTICLE 6 - TIME OF COMPLETION

6.1 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

Page 16: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-7 Form for General Bid

6.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times as stated in the Agreement.

ARTICLE 7 - ATTACHMENTS TO THIS BID

7.1 The following documents are attached to and made a condition of this Bid:

A. Bid deposit in the amount of dollars ($ ), consisting of a bid bond in the amount of five percent of the total amount of Bid

B. Evidence of authority to sign

C. List of Project References

D. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids

E. A list of adversarial proceedings in which the bidder is or was a party within the past 5 years that relate to the procurement or performance of any public or private construction contract together with a brief statement as to outcome if concluded or status if pending.

F. A list of any projects on which the firm was terminated or failed to complete the work within the past 5 years, including a brief explanation for each instance listed.

G. Evidence of Bidder's qualifications in accordance with Article 3 of Section 00200

H. Clean Water Fund Memorandum 2016-003: DBE Subcontractor Participation on CWF Construction Projects

I. Department of Administrative Services Prequalification Certificate

J. Department of Administrative Services Update (Bid) Statement

K. List of Subcontractors

L. Town of Southington New Vendor Disclosure Statement

M. Town of Southington Non-Collusion Affidavit

N. American Iron and Steel Acknowledgement Form

Page 17: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5

Tighe&Bond

S-1928-09/08/29/18 00410-8 Form for General Bid

ARTICLE 8 - BID SUBMITTAL

BIDDER: [Indicate correct name of bidding entity]

By: [Signature]

[Printed name] (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)

Attest: [Signature]

[Printed name]

Title:

Submittal Date:

Address for giving notices:

Telephone Number:

Fax Number:

Contact Name and e-mail address:

Bidder’s License No.:

(where applicable)

END OF SECTION

J:\S\S1928 Southington\09 - WPCP Improvements and Phosphorus Upgrade\SPEC\Div 0\00410.docx

Page 18: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 1 of 6
Page 19: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 2 of 6
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
Page 20: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 3 of 6
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
16.
ALPackhem
Text Box
17.
ALPackhem
Text Box
18.
ALPackhem
Text Box
19.
ALPackhem
Text Box
20.
ALPackhem
Text Box
21.
ALPackhem
Text Box
22.
ALPackhem
Text Box
23.
ALPackhem
Text Box
24.
Page 21: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 4 of 6
ALPackhem
Text Box
25.
ALPackhem
Text Box
26.
ALPackhem
Text Box
27.
ALPackhem
Text Box
28.
ALPackhem
Text Box
29.
ALPackhem
Text Box
30.
ALPackhem
Text Box
31.
ALPackhem
Text Box
32.
ALPackhem
Text Box
33.
ALPackhem
Text Box
ALPackhem
Text Box
34.
Page 22: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 5 of 6
ALPackhem
Text Box
35.
ALPackhem
Text Box
36.
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
ALPackhem
Text Box
Page 23: Tighe&Bond - Connecticut...Sanitary Napkin Disposal Bobrick B-353 Mounting: Top of Cabinet 33” above finished floor Quantity: 3 (1 Phosphorus Building, 2 Operations Building) A1-5
ALPackhem
Text Box
Page 6 of 6
ALPackhem
Text Box
37.
ALPackhem
Text Box
38.
ALPackhem
Text Box
39.
ALPackhem
Text Box
40.
ALPackhem
Text Box
41.
ALPackhem
Text Box
42.
ALPackhem
Text Box
43.
ALPackhem
Text Box
44.
ALPackhem
Text Box
45.
ALPackhem
Text Box
ALPackhem
Text Box